Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
MODIFICATION

J -- Maintenance, Diagnosis, and Repair Service of Vehicles and Equipment

Notice Date
4/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-17-Q-CQ03
 
Archive Date
5/20/2017
 
Point of Contact
Charles Qi, Phone: 8015863953, Rodney D. Miller, Phone: 8017754499
 
E-Mail Address
charles.qi@us.af.mil, rodney.miller.4@us.af.mil
(charles.qi@us.af.mil, rodney.miller.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please note all the files are attached under Package Solicitation 1. Other Packages have no files attached. 27 Apr 2017 Combined Synopsis/Solicitation • I. This is a combined synopsis/solicitation for the acquisition of services prepared in accordance with the format in FAR Subpart 37.1, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. FAR Subpart 13.5 Simplified Procedures for Commercial Items, the set-aside procedures in Subpart 19.5, and Subpart 16.601 Time and Materials Contracts will be utilized. • II. The solicitation number: FA8201-17-Q-CQ03 This solicitation is issued as a request for quotation (RFQ). • III. Business Size Selection Contracting Officer's Business Size Selection Small business set-aside NAICS Code 811310 Small Business Size Standard $7.5 million • IV. Description of item(s)/services to be acquired: Item NO Nomenclature UI QTY 0001 Material: Parts, Disposals, Supplies, etc. Each Undefined 0002 Labor: Labor to repair, maintain, or diagnosis, etc. Dollars per Hours Undefined 0003 Transportation - Minimum 50 Ton Lowboy - In the event of UTTR personnel are not available to transport equipment to contractor facility. Dollars per Hours Undefined * The Pricing Schedule is incorporated above. Contractors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combined Synopsis/Solicitation. In addition, contractors shall include period of performance schedule information on the Pricing Scheule, Attachment 1. Services will be provided for the following organization: Utah Test and Training Range (UTTR) Detachment 1 Dugway Proving Grounds (DPG) Dugway, Utah or at contractor's own facility as requested. DESCRIPTION OF SERVICES/GENERAL INFORMATION : •1. SCOPE OF WORK SUMMARY (see detailed PWS) •a. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform the requirements of this Performance Work Statement (PWS). The solicitation shall have a ceiling price of $49,000 for one year in the resulting contract if any or the contractor exceeds at its own risk. •b. Item No. 0001 all necessary Materials, Parts, Disposals, Supplies, etc. IAW FAR 16.601(a) • i. "Materials" means- •(1) Direct materials, including supplies transferred between divisions, subsidiaries, or affiliates of the contractor under a common control; •(2) Subcontracts for supplies and incidental services for which there is not a labor category specified in the contract; •(3) Other direct costs (e.g., incidental services for which there is not a labor category specified in the contract, travel, computer usage charges, etc.); and •(4) Applicable indirect costs. • ii. Material Cost: IAW FAR 16.601(b)(2) Actual cost for materials (except as provided for in 31.205-26(e) and (f)). • iii. Material handling costs. When included as part of material costs, material handling costs shall include only costs clearly excluded from the labor-hour rate. Material handling costs may include all appropriate indirect costs allocated to direct materials in accordance with the contractor's usual accounting procedures consistent with Part 31. •c. Item No. 0002: Labor: Labor to repair, maintain, or diagnosis, etc.: • i. The contractor shall specify separate fixed hourly rates that include wages, overhead, general and administrative expenses, and profit for each category of labor • ii. "Hourly rate" means the rate(s) prescribed in the contract for payment for labor that meets the labor category qualification of a labor category specified in the contract that are- •(1) Performed by the contractor; •(2) Performed by the subcontractors; or •(3) Transferred between divisions, subsidiaries, or affiliates of the contractor under a common control. •d. Item No. 0003: Transportation - Minimum 50 Ton Lowboy - In the event of UTTR personnel are not available to transport equipment to contractor facility. • i. In the most of the cases, UTTR personnel will drop the equipment off at contractor's facility; however, from time to time UTTR may call the contractor to pick up the equipment for repair. This is the cost to transport equipment from UTTR to contractor's facility. •e. A total of two Option Years may be exercised. • V. SERVICES/DELIVERY SUMMARY : •a) Service Delivery : All contractor services detailed in the PWS will be performed on the Utah Test and Training Range or contractor's facility. Due to mission and safety requirements it is imperative that servicing personnel contact POC at UTTR, DET 1 prior to accessing the range for possible changes/updates to safety and security requirements. •b) Period of Performance : : 15 May 2017 to 14 May 2018 • VI. The provision at 52.212-1, Instructions to Offers - Commercial (Jan 2017), applies to this acquisition. •a) Provide CAGE Code when submitting a quote •b) Offerors are cautioned that UTTR, UT has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Late submissions of offers will be processed in accordance with FAR 52.212-1 (f) "Late submissions, modifications, revisions, and withdrawals of offers." •c) The Government intends to award a Time and Materials Contract for this requirement. However, the Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. • VII. IAW with FAR clause 52.212-2 : Evaluation -- Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. THE FOLLOWING FACTORS SHALL BE USED FOR EVALUATION: Price. •a) Evaluation will be based on the Lowest Priced Offeror who conforms to the technical requirements of the solicitation and PWS. All offers will be evaluated on their proposed total price. The contract will be awarded to the company with the lowest price, which also fully meets all specifications. Only the lowest priced quote will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). •b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. • VIII. Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Oct 2014), with its offer. • IX. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition and a statement regarding any addenda to the clause. • X. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2017) • XI. IAW FAR 52.217-8, Option to Extend Services •a) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30 days________. The clause at 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. OTHER FAR CLAUSES AND PROVISIONS FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition. FAR 52.219-1 Small Business Program Representations Oct 2014 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) May 2014 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-1 Buy American - Supplies May 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-36 Payment by Third Party May 2014 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-1 Site Visit Apr 1984 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.O.B. Destination Nov 1991 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 FAR 52.252-2 Clauses Incorporated by Reference Feb 1998 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.201-7000 Contracting Officer's Representative Dec 1991 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Aug 2015 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014 DFARS 252.225-7036 Buy American- Free Trade Agreements--Balance of Payments Program Nov 2014 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracting for Commercial Items Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 AFFARS 5352.201-9101 Ombudsman Jun 2016 •a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. •b) Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. •c) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). •d) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Jonna Hancey AFMC OL_H/PZC 801-777-6549, jonna.hancey@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. • i. The ombudsman has no authority to render a decision that binds the agency. • ii. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) AFFARS 5352.223-9001 Health and Safety on Government Installations Nov 2012 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 • XII. Defense Priorities and Allocations System (DPAS): N/A • XIII. Proposal Submission Information: OFFERS ARE DUE BY COB 1600 MST, Friday 5 MAY 2017 via electronic mail to charles.qi@us.af.mil •XIV. All questions on this requirement should be directed by email to : Charles Qi, charles.qi@us.af.mil, or Rodney Miller, rodney.miller.4@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-17-Q-CQ03/listing.html)
 
Place of Performance
Address: Utah Test and Training Range (UTTR), Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04487972-W 20170429/170427234825-6ade8cb31e14065fe6698c10bf2cef79 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.